Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2009 FBO #2913
SPECIAL NOTICE

A -- Request for Information (RFI) Regarding SMC Development Planning Directorate's (SMC/XR) Space Environmental Monitoring (SEM) CubeSat Demonstration

Notice Date
11/13/2009
 
Notice Type
Special Notice
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
10-03
 
Archive Date
12/19/2009
 
Point of Contact
Keith Newton, Phone: 310-653-9703, Erin L. Orthmeyer, Phone: 310-653-9050
 
E-Mail Address
keith.newton.ctr@losangeles.af.mil, Erin.Orthmeyer.ctr@losangeles.af.mil
(keith.newton.ctr@losangeles.af.mil, Erin.Orthmeyer.ctr@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
TO: ALL Potential Respondents SUBJECT: Request for Information (RFI) Regarding SMC Development Planning Directorate's (SMC/XR) Space Environmental Monitoring (SEM) CubeSat Demonstration 1. The Space and Missile Systems Center (SMC), Directorate of Development Planning (XR), located at Los Angeles Air Force Base, CA is seeking information from interested parties about the potential of CubeSat class systems in support of AFSPC missions. The purpose of this RFI is to gather enough information to enable the acquisition of a Space Environmental Monitoring (SEM) CubeSat military utility demonstration. This demonstration is being considered to mature sensor and spacecraft-bus capabilities to ensure the Operational Safety, Suitability and Effectiveness (OSS&E) required for AFSPC mission operations. The primary purpose of this demonstration being to mature CubeSats to a point where they can be seriously considered for operational use. This Request for Information (RFI) is for market research purposes. 2. The current demonstration plan is to purchase a bus, payload, and all Assembly, Integration and Test (AI&T) responsibilities resulting in launch-ready CubeSats. Collaborations between bus and sensor vendors are anticipated and encouraged in order to develop integrated solutions that include the SEM sensor and CubeSat bus. 3. In order for the Air Force to develop potential acquisition strategies, it considers input from industry a best practice and asks for your consideration in responding to this RFI. The Government requests a design with associated costs and schedule of the integrated CubeSat system based on the following items: a. The CubeSat will meet all CubeSat and P-POD standards for a 3U satellite as described in the Cal Poly CubeSat specification. Ref: http://cubesat.atl.calpoly.edu/pages/documents/developers.php b. Sensor capability to address NPOESS IORD-II requirements in Ionospheric, Electron Density Profile characteristics, and/or Scintillation measurements (EDRs 4.1.6.7.5 and/or 4.1.6.7.9). Ref: www.osd.noaa.gov/rpsi/IORDII_011402.pdf c. On-orbit operations of a minimum of 12 months d. 400km orbit with either a 98 or 13-27 degree inclination e. Deorbit in 5 years or less after launch f. Commercial AES or 256 bit encryption, Type 1 desired g. 2 identical units Flight Ready by 1st Qtr FY11 h. Telemetry, Tracking & Command (TT&C) compatible with current AFSPC ground stations i. Attitude Determination and Control System (ADACS) able to meet mission requirements j. Other relevant bus subsystems as necessary: EPS, Power Generation, Command & Data Handling (C&DH) etc. k. The intention is for the Government to provide launch, on-orbit command and control authority, and ground data collection, however, alternative concepts will be accepted and considered. l. The contractor will be involved in the Mission Operations and Data Analysis (MODA) and data validation 4. Responses should include the following sections written in Microsoft Word 2000 or later or Adobe Acrobat Exchange Portable Document Format (.pdf) (with copy/paste function enabled): a. Technical Description: Payload, Bus, C&DH, etc. Identify units/subsystems included in the proposed design including weight and power and verification all subsystems fit the 3U CubeSat and P-POD form factor. b. Technology assessment: Assess the satellite technology using standard NASA Technology Readiness Levels (TRLs) to the unit level whenever possible. Assess the proposed software items using standard DoD software TRLs. In order to minimize misinterpretation of TRL levels, provide a brief narrative of the current state of maturity of each item, unit and interface. When possible, describe the heritage of each item, unit and interface, particularly its pedigree in proven space applications. c. Expected performance: Assess proposed design against system requirements listed in paragraph 3 above. d. Demonstration Concept of Operations (CONOPS): Define the concept of operations showing the user's operational view of the proposed system. The CONOPS should be stated in terms of how and by whom the system will operate in the intended environment and how "pieces" of the system will work together to accomplish the mission. e. Development Schedule: Identify proposed schedule to include critical paths and discuss schedule drivers (e.g. long lead items). Supporting information from previous similar programs should be provided. f. Cost Estimate: Provide a basis for budgetary estimates on the proposed. Include: Confidence level, Basis of Estimate, heritage program(s) from which costs are derived, and cost risk and drivers. Cost Item Estimated Cost ($M) Payload Bus Payload/Bus Integration Software Development Systems T&E Program Management Ground Total g. Risk Analysis: Discuss the risks and mitigation plans associated with the proposed system. h. Capabilities and experience to include: Corporate capability and experience in the management, development, and integration of space systems and corporate knowledge of SEM mission and CubeSats. Response Information This RFI is being conducted for information and planning purposes only. It does not constitute a request for proposal or a request for quote. Information contained in this RFI is based on the best information available at the time of publication, is subject to revision and is not binding on the Government. The Government will not recognize any cost associated with a submission in response. The information received will be considered for the purposes of market research. This RFI is unrestricted and encourages responses from all responsible contractors independent of size. Additionally, responses from small business and small, disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. The NAICS 541712 size standard (1,000 employees) is applicable to the subcategory for "Space Vehicles and Guided Missiles, their Propulsion Units, their Propulsion Units Parts, and their Auxiliary Equipment and Parts. All responses are to be provided electronically in Microsoft Word 2000 or later or Adobe Acrobat Exchange Portable Document Format (.pdf) (with copy/paste function enabled) on company letterhead with total page count limited to 15 pages not including cover page and table of contents. A page is defined as each face of an 8.5 x 11 inch sheet, single-spaced with text no smaller than 11-point font size, Times New Roman. Margins shall be one-inch on all sides. Unclassified responses are preferred; however, if there is a need for classified transmittals, please contact Capt Mastro at (310) 653-9217. Responses are due by 1700 PST on 4 Dec 09. Submissions of RFI should be sent to: Capt Pete Mastro, Project Officer, SMC/XRD, (310) 653-9217, peter.mastro@losangeles.af.mil Keith Newton, Contract Specialist, SMC/XRC, (310) 653-9703, keith.newton.ctr@losangeles.af.mil Contracting Points of Contact: Mr. Joseph Simonds, Procuring Contracting Officer (PCO), SMC/XRC, (310) 653-9083, joseph.simonds@losangeles.af.mil Keith Newton, Contract Specialist, SMC/XRC, (310) 653-9703, keith.newton.ctr@losangeles.af.mil Technical Point of Contact Capt Pete Mastro, SMC/XRD, (310) 653-9217, peter.mastro@losangeles.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/10-03/listing.html)
 
Place of Performance
Address: SMC/XRF, 483 N. Aviation Blvd, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN02003505-W 20091115/091113235715-bd7c2ac919f189426ceec0fb0ede358b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.